RETURN BIDS TO:

Public Works and Government Services
Canada
Travaux publics et Services
gouvernementaux Canada
1
1
RETURN BIDS TO:
RETOURNER LES SOUMISSIONS À:
Title - Sujet
Bid Receiving Public Works and Government
Services Canada/Réception des soumissions
Travaux publics et Services gouvernementaux
Canada
Room 100,
167 Lombard Ave.
Winnipeg
Manitoba
R3B 0T6
Bid Fax: (204) 983-0338
Solicitation No. - N° de l'invitation
Date
W0118-150012/A
2014-11-12
Client Reference No. - N° de référence du client
GETS Ref. No. - N° de réf. de SEAG
W0118-150012
PW-$WPG-018-9240
Request For a Standing Offer
Demande d'offre à commandes
Food - Eggs, Milk and Dairy, Shilo
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117 (018)
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2014-11-28
Time Zone
Fuseau horaire
Central Standard Time
CST
Delivery Required - Livraison exigée
See Herein
National Master Standing Offer (NMSO)
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
Offre à commandes principale et nationale (OCPN)
Desrochers, Leah
wpg018
Canada, as represented by the Minister of Public Works and
Government Services Canada, hereby requests a Standing Offer
on behalf of the Identified Users herein.
Le Canada, représenté par le ministre des Travaux Publics et
Services Gouvernementaux Canada, autorise par la présente,
une offre à commandes au nom des utilisateurs identifiés
énumérés ci-après.
Comments - Commentaires
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(204)984-8872 (
(204)983-7796
)
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
DEPARTMENT OF NATIONAL DEFENCE
CFB SHILO
SHILO
Manitoba
R0K2A0
Canada
Security - Sécurité
This request for a Standing Offer does not include provisions for security.
Cette Demande d´offre à commandes ne comprend pas des dispositions en matière de sécurité.
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
Instructions: See Herein
Instructions: Voir aux présentes
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Telephone No. - N° de téléphone
Issuing Office - Bureau de distribution
Facsimile No. - N° de télécopieur
Public Works and Government Services Canada - Western
Region
Room 100
167 Lombard Ave.
Winnipeg
Manitoba
R3B 0T6
Name and title of person authorized to sign on behalf of Vendor/Firm
(type or print)
Nom et titre de la personne autorisée à signer au nom du fournisseur/
de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Canada
Page 1 of - de 2
Date
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
W0118-150012/A
Buyer ID - Id de l'acheteur
wpg018
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
W0118-150012
WPG-4-37117
See attached.
Page 2 of - de 2
CCC No./N° CCC - FMS No/ N° VME
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
TABLE OF CONTENTS
EGGS, MILK AND DAIRY
PART 1 - GENERAL INFORMATION ................................................................................................. 3
1.1
1.2
1.3
INTRODUCTION ............................................................................................................................... 3
SUMMARY ....................................................................................................................................... 3
DEBRIEFINGS .................................................................................................................................. 4
PART 2 - OFFEROR INSTRUCTIONS................................................................................................ 5
2.1
2.2
2.3
2.4
STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS............................................................... 5
SUBMISSION OF OFFERS ................................................................................................................ 5
ENQUIRIES - REQUEST FOR STANDING OFFERS ........................................................................... 5
APPLICABLE LAWS.......................................................................................................................... 5
PART 3 - OFFER PREPARATION INSTRUCTIONS ......................................................................... 6
3.1
OFFER PREPARATION INSTRUCTIONS ........................................................................................... 6
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ........................................ 8
4.1
4.2
EVALUATION PROCEDURES ........................................................................................................... 8
BASIS OF SELECTION ..................................................................................................................... 9
PART 5 - CERTIFICATIONS .............................................................................................................. 10
5.1
CERTIFICATIONS PRECEDENT TO ISSUANCE OF A STANDING OFFER AND CERTIFICATIONS
REQUIRED WITH THE OFFER .................................................................................................................... 10
PART 6 - STANDING OFFER AND RESULTING CONTRACT CLAUSES .................................. 12
STANDING OFFER ..................................................................................................................... 12
A.
6.1
6.2
6.3
6.4
6.5
6.6
6.7
6.8
6.9
6.10
6.11
6.12
B.
OFFER........................................................................................................................................... 12
SECURITY REQUIREMENTS .......................................................................................................... 12
STANDARD CLAUSES AND CONDITIONS ....................................................................................... 12
TERM OF STANDING OFFER ......................................................................................................... 12
AUTHORITIES ................................................................................................................................ 13
IDENTIFIED USERS ........................................................................................................................ 13
CALL-UP INSTRUMENT .................................................................................................................. 13
LIMITATION OF CALL-UPS ............................................................................................................. 14
FINANCIAL LIMITATION .................................................................................................................. 14
PRIORITY OF DOCUMENTS ........................................................................................................... 14
CERTIFICATIONS ........................................................................................................................... 15
APPLICABLE LAWS........................................................................................................................ 15
RESULTING CONTRACT CLAUSES........................................................................................ 16
6.1
6.2
6.3
6.4
6.5
6.6
6.7
REQUIREMENT .............................................................................................................................. 16
STANDARD CLAUSES AND CONDITIONS ....................................................................................... 16
TERM OF CONTRACT .................................................................................................................... 16
PAYMENT ...................................................................................................................................... 16
INVOICING INSTRUCTIONS ............................................................................................................ 17
INSURANCE REQUIREMENTS ........................................................................................................ 17
SACC MANUAL CLAUSES ............................................................................................................ 17
Page 1 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
ANNEX "A" .......................................................................................................................................... 18
REQUIREMENT..................................................................................................................................... 18
ANNEX “B”.......................................................................................................................................... 19
WORKING DOCUMENTS .................................................................................................................... 19
ANNEX "C" .......................................................................................................................................... 20
INSURANCE REQUIREMENTS.......................................................................................................... 20
ANNEX "D" .......................................................................................................................................... 21
USAGE REPORT................................................................................................................................... 21
Page 2 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
PART 1 - GENERAL INFORMATION
1.1
Introduction
The Request for Standing Offers (RFSO) is divided into six parts plus attachments and annexes,
as follows:
Part 1
General Information: provides a general description of the requirement;
Part 2
Offeror Instructions: provides the instructions applicable to the clauses and
conditions of the RFSO;
Part 3
Offer Preparation Instructions: provides offerors with instructions on how to
prepare their offer to address the evaluation criteria specified;
Part 4
Evaluation Procedures and Basis of Selection: indicates how the evaluation will
be conducted, the evaluation criteria which must be addressed in the offer, and
the basis of selection;
Part 5
Certifications: includes the certifications to be provided;
Part 6
6A, Standing Offer, and 6B, Resulting Contract Clauses:
6A, includes the Standing Offer containing the offer from the Offeror and the
applicable clauses and conditions;
6B, includes the clauses and conditions which will apply to any contract resulting
from a call-up made pursuant to the Standing Offer.
The Annexes include the Requirement, the Working Documents and any other annexes.
1.2
Summary
Regional Individual Standing Offer (s) for the supply and delivery of Eggs and/or, Milk and/or
Dairy Products, as required by Department of National Defence, Canadian Forces Base (CFB)
Shilo, Flatlands Dining Hall, Shilo, Manitoba. The Standing Offer (s) will be in effect from
approximately December 15, 2014 to December 30, 2015.
Note: all offers must be submitted as part Annex "B". All prices submitted are to remain firm for
the bid period in Annex "B".
Each requirement will be evaluated separately. An offer may be submitted for one or multiple
requirements.
Up to one (1) standing offer could be issued for Eggs. Up to one (1) standing offer could be
issued for Milk Products. Up to one (1) standing offer could be issued for Dairy Products.
As per the Integrity Provisions under section 01 of Standard Instructions 2006, offerors must
provide a list of all owners and/or Directors and other associated information as required. Refer to
section 4.21 of the Supply Manual for additional information on the Integrity Provisions.
The requirement is subject to a preference for Canadian goods and/or services.
Page 3 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
1.3
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
Debriefings
Offerors may request a debriefing on the results of the request for standing offers process.
Offerors should make the request to the Standing Offer Authority within 15 working days of
receipt of the results of the request for standing offers process. The debriefing may be in writing,
by telephone or in person.
Page 4 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
PART 2 - OFFEROR INSTRUCTIONS
2.1
Standard Instructions, Clauses and Conditions
All instructions, clauses and conditions identified in the Request for Standing Offers (RFSO) by
number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual
(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada.
Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the
RFSO and accept the clauses and conditions of the Standing Offer and resulting contract(s).
The 2006 (2014-09-25) Standard Instructions - Request for Standing Offers - Goods or Services Competitive Requirements, are incorporated by reference into and form part of the RFSO.
2.1.1
SACC Manual Clauses
B3000T
M0019T
2.2
Equivalent Products
2006-06-16
Firm Price and/or Rates
2007-05-25
Submission of Offers
Offers must be submitted only to Public Works and Government Services Canada (PWGSC) Bid
Receiving Unit by the date, time and place indicated on the Schedule of Tender Closing Dates
included in the Working Documents (Annex “B”).
Once the offer has been completed and submitted by facsimile or mail, a copy of the Working
Document (Excel file) should be sent, by e-mail, to the following address:
[email protected]
2.3
Enquiries - Request for Standing Offers
All enquiries must be submitted in writing to the Standing Offer Authority no later than five (5)
calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received
after that time may not be answered.
Offerors should reference as accurately as possible the numbered item of the RFSO to which the
enquiry relates. Care should be taken by offerors to explain each question in sufficient detail in
order to enable Canada to provide an accurate answer. Technical enquiries that are of a
proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as
"proprietary" will be treated as such except where Canada determines that the enquiry is not of a
proprietary nature. Canada may edit the question(s) or may request that offerors do so, so that
the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all
offerors. Enquiries not submitted in a form that can be distributed to all offerors may not be
answered by Canada.
2.4
Applicable Laws
The Standing Offer and any contract resulting from the Standing Offer must be interpreted and
governed, and the relations between the parties determined, by the laws in force in Manitoba.
Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory
of their choice without affecting the validity of their offer, by deleting the name of the Canadian
province or territory specified and inserting the name of the Canadian province or territory of their
choice. If no change is made, it acknowledges that the applicable laws specified are acceptable
to the offerors.
Page 5 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
PART 3 - OFFER PREPARATION INSTRUCTIONS
3.1
Offer Preparation Instructions
Canada requests that offerors provide their offer in separately bound sections as follows:
Section I:
Technical Offer (1 hard copy)
Section II:
Financial Offer (1 hard copy) and 1 soft copy, Excel file, by e-mail to
[email protected]
Section III:
Certifications (1 hard copy)
If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of
the hard copy will have priority over the wording of the soft copy.
Prices must appear in the financial offer only. No prices must be indicated in any other section of
the offer.
Canada requests that offerors follow the format instructions described below in the preparation of
their offer.
(a)
(b)
use 8.5 x 11 inch (216 mm x 279 mm) paper;
use a numbering system that corresponds to that of the Request for Standing Offers.
In April 2006, Canada issued a policy directing federal departments and agencies to take the
necessary steps to incorporate environmental considerations into the procurement process Policy
on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achatsprocurement/politique-policy-eng.html). To assist Canada in reaching its objectives, offerors
should:
1)
use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from
a sustainably-managed forest and containing minimum 30% recycled content; and
2)
use an environmentally-preferable format including black and white printing instead of
colour printing, printing double sided/duplex, using staples or clips instead of cerlox,
duotangs or binders.
Section I:
Technical Offer
In their technical offer, offerors should explain and demonstrate how they propose to meet the
requirements and how they will carry out the Work.
Section II:
Financial Offer
Offerors must submit their financial offer in accordance with Annex B – Working Documents. The
total amount of Applicable Taxes must be shown separately.
Page 6 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
3.1.1
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
Payment by Credit Card
Canada requests that offerors complete one of the following:
(a)
( )
Government of Canada Acquisition Cards (credit cards) will be accepted
for payment of call-ups against the standing offer.
The following credit card(s) are accepted:
VISA _______
Master Card _______
(b)
( )
Government of Canada Acquisition Cards (credit cards) will not be
accepted for payment of call-ups against the standing offer.
The Offeror is not obligated to accept payment by credit card.
Acceptance of credit cards for payment of call-ups will not be considered as an evaluation
criterion.
Section III: Certifications
Offerors must submit the certifications required under Part 5.
Page 7 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
4.1
Evaluation Procedures
(a)
Offers will be assessed in accordance with the entire requirement of the Request for
Standing Offers including the technical and financial evaluation criteria.
(b)
An evaluation team composed of representatives of Canada will evaluate the offers.
(c)
The evaluation team will determine first if there are two or more offers with a valid
Canadian Content certification. In that event, the evaluation process will be limited to the
offers with the certification; otherwise, all offers will be evaluated. If some of the offers
with a valid certification are declared non-responsive, or are withdrawn, and less than two
responsive offers with a valid certification remain, the evaluation will continue among
those offers with a valid certification. If all offers with a valid certification are subsequently
declared non-responsive, or are withdrawn, then all the other offers received will be
evaluated.
4.1.1
Technical Evaluation
4.1.1.1 Mandatory Technical Criteria
a) Ability to perform the full scope of the work as described in Annex A.
b) i) Requirement 1. Eggs, Provision of firm pricing for all (100%) of items
specified in Annex B, Eggs - Working Documents.
and/or
ii) Requirement 2. Milk Products, Provision of firm pricing for all (100%) of
items specified in Annex B, Milk Products - Working Documents.
and/or
iii) Requirement 3. Dairy Products, Provision of firm pricing for a minimum of
90% of items specified in Annex B, Dairy Products, Working Documents.
(There are 19 items, to meet the mandatory you must bid on at least 18 of19
items). The evaluation will be based on like items.
4.1.2
Financial Evaluation
SACC Manual Clause M0220T Evaluation of Price (2013-04-25)
Each requirement will be evaluated separately. An offer may be submitted for one or
multiple requirements.
The financial evaluation will be done as follows for each requirement, 1. Eggs and 2. Milk
Products.
1.
For each line item, the unit price will be multiplied by the estimated quantity to
equal the extended price;
2.
Each extended price will be added together to equal the total evaluated price.
Page 8 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
The estimated quantities can be found in Annex “B” - Working Documents. The quantities
provided are provided for evaluation purposes only and do not constitute a guarantee or
commitment on behalf of the crown.
The Financial evaluation will be done as follows for 3. Dairy Products.
1.
For like items only, for each line item, the unit price will be multiplied by the
estimated quantity to equal the extended price;
2.
Each extended price will be added together to equal the total evaluated price.
The estimated quantities can be found in Annex “B” - Working Documents. The quantities
provided are provided for evaluation purposes only and do not constitute a guarantee or
commitment on behalf of the crown.
4.2
Basis of Selection
An offer must comply with the requirements of the Request for Standing Offers and meet
all mandatory technical evaluation criteria to be declared responsive. The responsive
offer with the lowest evaluated price will be recommended for issuance of a standing
offer.
Up to one (1) standing offer could be issued for Eggs. Up to one (1) standing offer could
be issued for Milk Products. Up to one (1) standing offer could be issued for Dairy
Products.
Bidders are requested to provide pricing as per unit of issue requested. It is the
responsibility of the bidder to provide conversion to the unit of issue requested.
Failure to do so may render the bid non-responsive without further consideration.
Page 9 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
PART 5 - CERTIFICATIONS
Offerors must provide the required certifications and associated information to be issued a
standing offer.
The certifications provided by offerors to Canada are subject to verification by Canada at all
times. Canada will declare an offer non-responsive, will have the right to set-aside a standing
offer, or will declare a contractor in default in carrying out any of its obligations under any
resulting contracts, if any certification made by the Offeror is found to be untrue whether made
knowingly or unknowingly during the offer evaluation period, during the Standing Offer period, or
during the contract period.
The Standing Offer Authority will have the right to ask for additional information to verify the
Offeror’s certifications. Failure to comply and to cooperate with any request or requirement
imposed by the Standing Offer Authority may render the Offer non-responsive, may result in the
setting aside of the Standing Offer or constitute a default under the Contract.
5.1
Certifications Precedent to Issuance of a Standing Offer and Certifications
Required with the Offer
5.1.1
Certifications Precedent to Issuance of a Standing Offer
The certifications listed below should be completed and submitted with the offer, but may be
submitted afterwards. If any of these required certifications is not completed and submitted as
requested, the Standing Offer Authority will inform the Offeror of a time frame within which to
provide the information. Failure to comply with the request of the Standing Offer Authority and to
provide the certifications within the time frame provided will render the offer non-responsive.
5.1.1.1 Integrity Provisions - Associated Information
By submitting an offer, the Offeror certifies that the Offeror and its Affiliates are in
compliance with the provisions as stated in Section 01 Integrity Provisions - Offer of
Standard Instructions 2006. The associated information required within the Integrity
Provisions will assist Canada in confirming that the certifications are true.
5.1.1.2 Federal Contractors Program for Employment Equity - Standing Offer Certification
By submitting an offer, the Offeror certifies that the Offeror, and any of the Offeror's
members if the Offeror is a Joint Venture, is not named on the Federal Contractors
Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list
(http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from
Employment and Social Development Canada-Labour's website.
Canada will have the right to declare an offer non-responsive, or to set-aside a Standing
Offer, if the Offeror, or any member of the Offeror if the Offeror is a Joint Venture,
appears on the “FCP Limited Eligibility to Bid” list at the time of issuing of a Standing
Offer or during the period of the Standing Offer.
Page 10 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
5.1.2
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
Certifications Required with the Offer
Offerors must submit the following duly completed certifications with their offer.
5.1.2.1 Canadian Content Certification
5.1.2.1.1 SACC Manual clause A3050T (2010-01-11) Canadian Content Definition
5.1.2.1.2 This procurement is conditionally limited to Canadian goods.
Subject to the evaluation procedures contained in the bid solicitation, bidders
acknowledge that only bids with a certification that the good(s) offered are
Canadian goods, as defined in clause A3050T, may be considered.
Failure to provide this certification completed with the bid will result in the
good(s) offered being treated as non-Canadian goods.
The Bidder certifies that:
( ) a minimum of 80 percent of the total bid price consist of Canadian goods as
defined in paragraph 1 of clause A3050T.
For more information on how to determine the Canadian content for a mix of goods, a mix
of services or a mix of goods and services, consult Annex 3.6.(9), Example 2, of the
Supply Manual.
Page 11 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
PART 6 - STANDING OFFER AND RESULTING CONTRACT CLAUSES
A.
STANDING OFFER
6.1
Offer
6.1.1
"A".
The Offeror offers to fulfill the requirement in accordance with the Requirement at Annex
6.2
Security Requirements
6.2.1
There is no security requirement applicable to this Standing Offer.
6.3
Standard Clauses and Conditions
All clauses and conditions identified in the Standing Offer and resulting contract(s) by number,
date and title are set out in the Standard Acquisition Clauses and Conditions Manual
(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada.
6.3.1
General Conditions
2005 (2014-09-25) General Conditions - Standing Offers - Goods or Services, apply to and form
part of the Standing Offer.
6.3.2
Standing Offers Reporting
The Offeror must compile and maintain records on its provision of goods, services or both to the
federal government under contracts resulting from the Standing Offer. This data must include all
purchases, including those paid for by a Government of Canada Acquisition Card.
The Offeror must provide this data in accordance with the reporting requirements detailed in
Annex D. If some data is not available, the reason must be indicated. If no goods or services
are provided during a given period, the Offeror must still provide a "nil" report.
The data must be submitted on a quarterly basis to the Standing Offer Authority.
The monthly reporting periods are defined as follows:
December 15 to March 14;
March 15 to June 14;
June 15 to September 14;
September 15 to December 14.
The data must be submitted to the Standing Offer Authority no later than five (5) calendar days
after the end of the reporting period.
6.4
Term of Standing Offer
6.4.1
Period of the Standing Offer
The period for making call-ups against the Standing Offer is from approximately December 15,
2014 to December 14, 2015.
Page 12 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
6.5
Authorities
6.5.1
Standing Offer Authority
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
The Standing Offer Authority is:
Leah Desrochers
Supply Specialist
Public Works and Government Services Canada
Acquisitions Branch
100-167 Lombard Avenue
Winnipeg, MB R3B 0T6
Telephone: (204) 984-8872
Facsimile: (204) 983-7796
E-mail address: [email protected]
The Standing Offer Authority is responsible for the establishment of the Standing Offer, its
administration and its revision, if applicable. Upon the making of a call-up, as Contracting
Authority, he is responsible for any contractual issues relating to individual call-ups made against
the Standing Offer by any Identified User.
6.5.2
Project Authority
The Project Authority for the Standing Offer is:
Name: ________________
Title: ________________
Organization: ________________
Address: ________________
Telephone: ____- _____-________
Facsimile: _____- ______-_______
E-mail address: _______________
The Project Authority is the representative of the department or agency for whom the Work will be
carried out pursuant to a call-up under the Standing Offer and is responsible for all the technical
content of the Work under the resulting Contract.
6.5.3
Offeror's Representative
To be determined
6.6
Identified Users
The Identified User authorized to make call-ups against the Standing Offer is: Canadian Forces
Base (CFB) Shilo, Flatlands Dining Hall, Shilo, Manitoba.
6.7
Call-up Instrument
The Work will be authorized or confirmed by the Identified User(s) using Form DSS942 or Local
Form 001 or electronic version.
Page 13 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
6.8
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
Limitation of Call-ups
Individual call-ups against the Standing Offer must not exceed $5,000 (Applicable Taxes
included).
6.8.1
Minimum Individual Call up
The majority of call ups against this Standing Offer will total a minimum of $200.00(applicable
taxes included)
6.8.2
Delivery of Call Ups
Delivery FOB CFB Shilo, Flatlands Dining Hall, Shilo, Manitoba shall be made within two (2)
calendar days from receipt of call up. The Offeror must advise the Project Authority within one (1)
day of any delays and/or item shortage.
When a Call-up of $200.00 or more is issued;
All orders are to be FOB destination, including all delivery and transportation charges
unless otherwise specified at the time of call-up.
Delivery point to be specified at time of order.
Delivery times are to be Monday – Friday, 0730 to 1330 hours unless prior arrangements are
made.
When a call-up with a total dollar value of less than $200.00 is issued;
Transportation charges shall be prepaid and charged as a separate item on the invoice at the
suppliers cost. The transportation charges must be supported with a paid copy of the
transportation bill as requested by the consignee. As this will be a rare occurrence all evaluations
will be based on the assumption that individual call-ups will be greater than $200.00.
6.9
Financial Limitation
The total cost to Canada resulting from call ups against the Standing Offer must not exceed the
sum of $__TBD___ (Applicable Taxes excluded) unless otherwise authorized in writing by the
Standing Offer Authority. The Offeror must not perform any work or services or supply any
articles in response to call ups which would cause the total cost to Canada to exceed the said
sum, unless an increase is so authorized.
The Offeror must notify the Standing Offer Authority as to the adequacy of this sum when 75
percent of this amount has been committed, or one (1) months before the expiry date of the
Standing Offer, whichever comes first. However, if at any time, the Offeror considers that the said
sum may be exceeded, the Offeror must promptly notify the Standing Offer Authority.
6.10
Priority of Documents
If there is a discrepancy between the wording of any documents that appear on the list, the
wording of the document that first appears on the list has priority over the wording of any
document that subsequently appears on the list.
a)
b)
the call up against the Standing Offer, including any annexes;
the articles of the Standing Offer;
Page 14 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
c)
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
d)
e)
f)
g)
h)
i)
the general conditions 2005 (2014-09-25), General Conditions - Standing Offers - Goods
or Services
the general conditions 2010A (2014-09-25), Goods or Services (Medium Complexity);
Annex A, Requirement;
Annex B, Basis of Payment;
Annex C, Insurance Requirements;
Annex D, Usage Report;
the Offeror's offer dated TBD.
6.11
Certifications
6.11.1 Compliance
The continuous compliance with the certifications provided by the Offeror with its offer and the
ongoing cooperation in providing associated information are conditions of issuance of the
Standing Offer (SO). Certifications are subject to verification by Canada during the entire period
of the SO and of any resulting contract that would continue beyond the period of the SO. If the
Offeror does not comply with any certification, fails to provide the associated information, or if it is
determined that any certification made by the Offeror in its offer is untrue, whether made
knowingly or unknowingly, Canada has the right to terminate any resulting contract for default and
set aside the Standing Offer.
6.11.2 SACC Manual Clauses
M3060C (2008-05-12), Canadian Content Certification
6.12
Applicable Laws
The Standing Offer and any contract resulting from the Standing Offer must be interpreted and
governed, and the relations between the parties determined, by the laws in force in Manitoba.
Page 15 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
B.
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
RESULTING CONTRACT CLAUSES
The following clauses and conditions apply to and form part of any contract resulting from a callup against the Standing Offer.
6.1
Requirement
The Contractor must provide the items detailed in the call-up against the Standing Offer.
6.2
Standard Clauses and Conditions
6.2.1
General Conditions
2010A (2014-09-25), General Conditions - Goods (Medium Complexity) apply to and form part of
the Contract.
Section 16 Interest on Overdue Accounts, of 2010A (2014-09-25), General Conditions - Goods
(Medium Complexity) will not apply to payments made by credit cards.
6.3
Term of Contract
6.3.1
Delivery Date
Delivery must be completed in accordance with the call-up against the Standing Offer.
6.4
Payment
6.4.1
Basis of Payment
In consideration of the Contractor satisfactorily completing all of its obligations under the
Contract, the Contractor will be paid firm prices, as specified in Annex B for a cost of $ TBD.
Customs duties are excluded and Applicable Taxes are extra.
Canada will not pay the Contractor for any design changes, modifications or interpretations of
the Work, unless they have been approved, in writing, by the Contracting Authority before their
incorporation into the Work.
6.4.2
Limitation of Price
SACC Manual clause C6000C (2011-05-16) Limitation of Price
6.4.3
Single Payment
SACC Manual clause H1000C (2008-05-12) Single Payment
6.4.4
Payment by Credit Card
The following credit cards are accepted: __________ and _________.
Page 16 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
6.5
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
Invoicing Instructions
The Contractor must submit invoices in accordance with the section entitled "Invoice
Submission" of the general conditions. Invoices cannot be submitted until all work
identified in the invoice is completed.
6.6
Insurance Requirements
The Contractor must comply with the insurance requirements specified in Annex C. The
Contractor must maintain the required insurance coverage for the duration of the
Contract. Compliance with the insurance requirements does not release the Contractor
from or reduce its liability under the Contract.
The Contractor is responsible for deciding if additional insurance coverage is necessary
to fulfill its obligation under the Contract and to ensure compliance with any applicable
law. Any additional insurance coverage is at the Contractor's expense, and for its own
benefit and protection.
The Contractor must forward to the Contracting Authority within ten (10) days after the
date of award of the Contract, a Certificate of Insurance evidencing the insurance
coverage and confirming that the insurance policy complying with the requirements is in
force. For Canadian-based Contractors, coverage must be placed with an Insurer
licensed to carry out business in Canada, however, for Foreign-based Contractors,
coverage must be placed with an Insurer with an A.M. Best Rating no less than “A-”. The
Contractor must, if requested by the Contracting Authority, forward to Canada a certified
true copy of all applicable insurance policies.
6.7
SACC Manual Clauses
A9062C
B7500C
C3601C
C3602C
D0014C
D0018C
D3004C
D3007C
Canadian Forces Site Regulations
Excess Goods
Price Adjustment – Milk
Price Adjustment – Butter
Delivery of Fresh Chilled or Frozen Products
Delivery and Unloading
Type of Transport
Inspection and Stamping
Page 17 of - de 21
2011-05-16
2006-06-16
2010-01-11
2008-05-12
2007-11-30
2007-11-30
2007-11-30
2007-11-30
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
ANNEX "A"
REQUIREMENT
A Regional Individual Standing Offer for the supply and delivery of Eggs, Milk and Dairy Products,
as required by the Department of National Defence, CFB Shilo, Flatlands Dining Hall, Shilo,
Manitoba.
Mandatory Delivery
Delivery is to be made Mon - Fri, 0730 to 1330 hours; unless prior arrangements have been
made.
Delivery is to be made within 48 hours from receipt of call-up. Urgent requirements may require
delivery within 24 hours from receipt of call-up. Deliveries shall be made a minimum of two times
per week. Urgent deliveries may be required on weekends. Same day delivery may be required
and requested at time of order on in-stock items.
Delivery to be made by Industry Standard Truck.
24 Hour replacement of rejected products is mandatory.
Invoice MUST accompany shipment and show which Standing Offer it applies to. Payment will be
made within 30 days of receipt of invoice or items - whichever is received later.
All deliveries are to be FOB Canadian Forces Base Shilo, including all delivery and off-loading
charges. Delivery address is Building L-105, Flatlands Dining Hall.
Qualification
All items supplied must meet Canadian Government Standards. "No Name" or "Generic Brands"
are NOT ACCEPTABLE.
Products offered must be in accordance with Canadian General Standards Board Specifications
(CGSB).
All packaging and labeling must be in accordance with CGSB Standards. Individual packaging
and labeling of product must indicate the "Best Before" date on the packaging.
Catalogues/Price Lists - Updated catalogues/price lists are required by the end user at the
beginning of each week.
Rejection of Shipment
A Notice of Rejection will be completed when any aspect of the delivery does not comply with the
specified quality standards, even if the shipment has been accepted. The rejection notice must be
completed and submitted within 24 hours of acceptance. An unsatisfactory condition report will be
initiated and sent to the contractor and PWGSC.
The Contractor agrees, upon notification of rejection, to replace any rejected item on the next
scheduled food order delivery when still required by the DND Shilo Food representative. If the
rejected item is replaced it shall be in the same quantity and at the same cost as the original
order. Discounting for damage goods will not be accepted. The Consignee will have the right to
reject products at the same time.
Page 18 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
ANNEX “B”
WORKING DOCUMENTS
SEE ATTACHED.
Page 19 of - de 21
wpg018
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
WPG-4-37117
wpg018
ANNEX "C"
INSURANCE REQUIREMENTS
Commercial General Liability Insurance
1. The Contractor must obtain Commercial General Liability Insurance, and maintain it in force
throughout the duration of the Contract, in an amount usual for a contract of this nature, but
for not less than $2,000,000 per accident or occurrence and in the annual aggregate.
2. The Commercial General Liability policy must include the following:
a. Additional Insured: Canada is added as an additional insured, but only with respect to
liability arising out of the Contractor's performance of the Contract. The interest of
Canada should read as follows: Canada, as represented by Public Works and
Government Services Canada.
b. Bodily Injury and Property Damage to third parties arising out of the operations of the
Contractor.
c. Products and Completed Operations: Coverage for bodily injury or property damage
arising out of goods or products manufactured, sold, handled, or distributed by the
Contractor and/or arising out of operations that have been completed by the Contractor.
d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel
and Slander, False Arrest, Detention or Imprisonment and Defamation of Character.
e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy
must protect all insured parties to the full extent of coverage provided. Further, the policy
must apply to each Insured in the same manner and to the same extent as if a separate
policy had been issued to each.
f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference
to the Contract, extend to assumed liabilities with respect to contractual provisions.
g. Employees and, if applicable, Volunteers must be included as Additional Insured.
h. Employers' Liability (or confirmation that all employees are covered by Worker's
compensation (WSIB) or similar program)
i. Broad Form Property Damage including Completed Operations: Expands the Property
Damage coverage to include certain losses that would otherwise be excluded by the
standard care, custody or control exclusion found in a standard policy.
j. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority
thirty (30) days written notice of policy cancellation.
k. If the policy is written on a claims-made basis, coverage must be in place for a period of
at least 12 months after the completion or termination of the Contract.
l. Non-Owned Automobile Liability - Coverage for suits against the Contractor resulting
from the use of hired or non-owned vehicles.
Page 20 of - de 21
Solicitation No. - N° de l'invitation
W0118-150012/A
Client Ref. No. - N° de réf. du client
WO118-150012
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
File No. - N° du dossier
CCC No./N° CCC - FMS No./N° VME
wpg018
WPG-4-37117
ANNEX "D"
USAGE REPORT
Return to:
ATTN.: Leah Desrochers, Supply Specialist
Public Works and Government Services Canada
Acquisitions Branch
100-167 Lombard Avenue
Winnipeg, MB R3B 0T6
Email: [email protected]
REPORT ON THE VOLUME OF BUSINESS WITH FEDERAL GOVERNMENT DEPARTMENTS
AND AGENCIES
SUPPLIER:
__________________________________
STANDING OFFER NO:
__________________________________
DEPARTMENT OR AGENCY:
__________________________________
REPORTING PERIOD:
__________________________________
Item No.
Call-Up/contract No.
(Including Amendments)
Description
Value of the CallUp/Contract
GST/HST
(A) Total Dollar Value Call-ups for this reporting period:
(B) Accumulated Call-Up totals to date:
(A+B) Total Accumulated Call-Ups:
NIL REPORT: We have not done any business with the federal government for this period [
]
PREPARED BY:
____________________________________
NAME:
____________________________________
TELEPHONE NO.:
____________________________________
SIGNATURE:
____________________________________ DATE: ______________
Page 21 of - de 21